Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

Q -- Corporate Membership To Provide Aeromedical Evacuation and

Notice Date
4/13/2012
 
Notice Type
Presolicitation
 
NAICS
621910 — Ambulance Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J12R0119
 
Response Due
4/27/2012
 
Archive Date
6/26/2012
 
Point of Contact
Mary Beth Ford, 309-782-2723
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(marybeth.b.ford.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is a change to the previous Sources Sought Notice being used to conduct market research. The U.S. government is seeking vendors with the capability to provide corporate membership to Department of Defense (DoD) Civilian employees in an organization which provides members evacuation and emergent hospitalization treatment and services on the African Continent. The Government requests that interested parties respond to this notice by providing Company capabilities to meet the requirements set forth in this Sources Sought. Capability statements shall include the following: Company name, point of contact, address, telephone and fax numbers, e-mail addresses, brief description of Company and its capabilities to include experience areas, history, duns number, cage code, tax id number, as well as size category and socioeconomic status. This requirement includes but is not limited to providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform aero-medical evacuation and emergent treatment to DoD Civilians on the continent of Africa. The Company shall be able to provide both air and ground medical evacuation off and within the African continent, as well as a guarantee of payment to host nation medical facilities at the time services. The work to be performed will be initiated and terminated at any place on the African Continent to include Nation Islands. Termination of the air medical evacuation could also occur within the European and/or North American Continents. The termination of all air medical evacuations will be determined based on clinical criteria and assessment. The Company is responsible for conducting business 24 hours per day, 365 days per year. The Company must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined. The Company shall keep in mind that the stability and continuity of the workforce are essential. All interactions with the Company shall be in English. The Company will be required to have the capability to accommodate the following Evacuation Priorities: Urgent - Patients who must be moved immediately to save life, limb, or eyesight; or to prevent complication of a serious illness. An acceptable time based on an urgent patient/casualty for the Company to arrive and attend to the sick /injured patient/casualty shall not exceed 12 hours. The time begins upon receipt of a medical evacuation request either from the individual or his/her designated attendee, TPMRC or a US Embassy. Generally, most if not all requests should be for an urgent or priority patient/casualty evacuation category. Priority - Patients requiring prompt medical care that must be moved within 24 hours. The time begins upon receipt of a medical evacuation request either from the individual or his/her designated attendee, TPMRC or a US Embassy. Generally, most if not all requests should be for an urgent or priority patient/casualty evacuation category. Routine - Patients requiring medical care that must be moved within 72 hours. The time begins upon receipt of a medical evacuation request either from the individual or his/her designated attendee, TPMRC or a US Embassy. The Company, in conjunction with the Government Validating Flight Surgeon (VFS) at the Theater Patient Movement Requirements Center (TPMRC), must coordinate the location and receiving physician capabilities prior to and during any Aero-medical Evacuation for any one or combination of any of the following: Level Two (LII) Forward Resuscitative Capability: advanced emergency medical treatment to include resuscitative care, surgery, stabilization, examination/evaluation to determine priority of continued movement/evacuation to the next level of care. Level Three (LIII) Theater Hospitalization Capability: essential care and health service support capabilities to either return the patient to duty and/or stabilization to ensure the patient can tolerate evacuation to a definitive care facility outside the theater. It includes modular hospital configurations required to support the theater (emergency medical services, surgical services, trauma care, primary care, dental services, preventive medicine, and combat and operational stress control, blood banking services, hospitalization for general classes of patients, laboratory and pharmacy services, reconditioning and rehabilitative services radiology, medical logistics and other medical specialty capabilities as required) The Health Insurance Portability and Accountability Act (HIPAA) and its various implementing regulations require monitoring and limit the ways in which patients' confidential information is accessed, utilized, stored, transmitted, and disposed. It must be managed in accordance with Department of Defense Regulation 8580.02R, "DOD Health Information Security Regulation." HIPAA protected information must be protected in accordance with those provisions. The Government shall not exercise any supervision or control over the contract service providers employed by the Company. Such contract service providers shall be accountable solely to the Company offering corporate membership who, in turn is responsible to the Government. No solicitation will be issued at this time. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the U.S. Government. The U.S. Government will in no way be bound to this information if any solicitation is issued as a result of this Sources Sought. Notice to Contractors: All contractors who provide goods or services to the Department of Defense (DOD) must be registered in the Central Contractor's Register (CCR). To register in the CCR go to http://www.ccr.gov/. If you should have any questions, concerns and/or comments please contact Mary Beth Ford at Marybeth.b.ford.civ@mail.mil. If you decide to provide the information requested above in response to this Sources Sought it shall be provided by email to Mary Beth Ford at marybeth.b.ford.civ@mail.mil and must be received by April 27, 2012 1600
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f4bbbb7e4858276d4de62b738af94092)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02722039-W 20120415/120413235311-f4bbbb7e4858276d4de62b738af94092 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.